Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2001 PSA #2991
SOLICITATIONS

15 -- TWIN ENGINE TURBOFAN AIRCRAFT

Notice Date
December 3, 2001
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
ZIP Code
20537
Solicitation Number
02-SP0198
Response Due
January 4, 2002
Point of Contact
Jason Eickenhorst, Contracting Officer, Phone 202-353-9505, Fax 202-307-4877, Email jeickenhorst@dialup.usdoj.gov -- Jason Eickenhorst, Contracting Officer, Phone 202-353-9505, Fax 202-307-4877, Email jeickenhorst@dialup.usdoj.gov
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 02-SP0198 and is being issued as a Request for Quotations (RFQ). The provisions and clauses applicable to this solicitation are those in effect through Federal Acquisition Circular 97-27. This is a full and open competition; there will be no set-aside requirements. The applicable NAICS code is 441229 (Aircraft Dealers). Delivery and acceptance will take place at the offeror's facility. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. Offers will be evaluated based primarily on price, but other factors that may be evaluated include technical capability, past performance, and delivery and warranty terms. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Offers are due January 4, 2002, at 3:00 Eastern Time, at the following address: Drug Enforcement Administration, Office of Acquisition Management, Attn: Jason N. Eickenhorst, Washington, DC, 20537. Offers may also be faxed to (202) 307-4877, if they do not exceed 20 pages. For information regarding this solicitation, please contact Jason N. Eickenhorst, Contracting Officer, at (202) 353-9505. Pursuant to the authority designated in FAR Subpart 13.5 -- Test Program for Certain Commercial Items, the balance of this trade-in/purchase agreement is not expected to exceed $5,000,000 and will be conducted using simplified acquisition procedures in order to maximize efficiency and economy and minimize burden and administrative costs for both the Government and industry. REQUIREMENT: The Drug Enforcement Administration (DEA) has a requirement for a medium-size, commercially available, pressurized twin engine turbofan aircraft. The aircraft will be acquired through a trade-in/purchase arrangement. The aircraft will operate primarily as a passenger/cargo transport aircraft in support of Foreign and Domestic operations. Although typical flights will range from 800 to 1,200 nautical miles, the aircraft should have a maximum range of not less than 2,200 nautical miles. The aircraft must accommodate a minimum of six passengers in addition to the seating for two flight crew members. Passenger flights shall be accomplished under the guidelines of the Federal Aviation Administration (FAA). The aircraft that will be provided as trade-in are: (1) Cessna 404; (2) Gulfstream 690; (3) Fairchild SA226-T; and (4) two Lear Jets 35A. A summary of these aircraft is included below. The date and time for inspection of these aircraft by interested offerors has been established as December 11, 2001, at 10:00 a.m. Inspection will take place at the DEA Aircraft Operations Center, 2300 Horizon Drive, Fort Worth, Texas, 76177. Please contact Bob Johannesen, Assistant Special Agent in Charge, at (817) 837-2004, or Ben Dixson, Quality Assurance Specialist, at (817) 837-2058, by noon, December 10, 2001, if you plan to attend the inspection. SCOPE OF WORK: The Contractor shall provide a twin engine turbofan aircraft that is modified in accordance with the requirements set forth herein. At time of delivery at the Contractor's facility, the aircraft will be in flyaway condition. The Government reserves the right to purchase, as an option, a Twin Engine Turbofan Aircraft less than five years old with less than 2,000 hours total time on the airframe. If the aircraft is new, it shall include the Contractor's New Aircraft Warranty. COMPLIANCE WITH FEDERAL AVIATION REGULATIONS: The requirements of Federal Aviation Regulation Part 25 shall be applicable to the modified aircraft in order to obtain FAA certification. ARINC Characteristics 561, Code of Federal Regulations 40, and FAA Advisor Circular 90-45A are also applicable. The aircraft shall be certified with a FAA Supplemental Type Certificate (STC). The STC shall cover all unique aspects of the herein-described modification/integration and shall be supplemental to the basic Federal Aviation Regulation Part 25 certification of the standard aircraft. The Standard Airworthiness Certification and STC shall be requirements for this aircraft. SPECIFIC REQUIREMENTS: The aircraft shall have the following mandatory requirements: Twin engine turbofan; certified for Visual Flight Rules (VFR) day, VFR night, Instrument Flight Rules (IFR) day, IFR night (including Category 1 approaches); environmental Control System (ECS) that is capable of maintaining cabin pressurization of 8,000 feet at operating service altitude; capable of performing a variety of missions, including passenger transport, cargo transport, or a combination of both; payload of pilot and co-pilot plus up to at least six (6) passengers or 1,500 lbs. of cargo, or a combination of passengers/cargo; passenger seats that are easily removed/installed in order to facilitate the configuration requirements of each mission; configuration to cargo or passenger/cargo combination, including cargo tie down/securing, shall be easily accomplished; painted in accordance with best commercial practices utilizing a polyurethane base paint; aircraft shall include the following loose equipment: (a) ground steering/tow bar; (b) all protective covers/plugs; and (c) adapters required to jack, level and service the aircraft; full lavatory with chemical toilet; and de-icing system. SPECIALIZED REQUIREMENTS: The following minimum performance requirements are mandatory: range -- 2,200 nautical miles plus National Business Aircraft Association (NBAA) IFR reserves; speed -- cruise speed of 420 knots; service ceiling -- 41,000 feet based on optimum aircraft performance; crew -- two crew members (pilot/co-pilot); payload -- up to six passengers, minimum 1,500 payload capacity; Reduced Vertical Separation Minimum (RVSM) Certified; and auxiliary Power Unit (APU). THRUST REVERSERS/INSTRUMENTATION PACKAGE -- The instrumentation package shall have: standard Electronic Flight Instrument System (EFIS); High Frequency (HF) radio; backup airspeed and altitude indicators that operate independent of the primary systems; and backup attitude reference indicator. INSTRUMENTATION, COMMUNICATION, NAVIGATION EQUIPMENT -- The communication/navigation equipment shall be the standard Collins Pro-Line II or equivalent equipment to include: dual Flight Management System; dual Very High Frequency (VHF); dual Visual Omni Range Navigation (VORNAV); dual Auto Direction Finder (ADF); radar altimeter; encoding altimeter; dual compass; dual Distance Measuring Equipment (DME) with hold functions; dual marker beacons; and dual Radio Magnetic Indicator (RMI) -- both Visual Omni Range (VOR) and ADF. AIRCRAFT TO BE TRADED IN: (1) Cessna 404, S/N 4040457, Aircraft Total Time: 3155.0, Manufactured: 1979, Left Engine: GTSIO-520-M2, Engine Total Time 540.4 (1600 hr TBO), Right Engine: GTSIO-520-M2 Engine Total Time: 592.3 (1600 hr. TBO), Left Propeller Due Overhaul: 7-31-2002, Right Propeller Due Overhaul: 9-21-2000, Last Annual Inspection: 8/1997, Paint: In fair condition (Base: White, Major Stripe: Dark Green, Accent Stripe: Gold), Interior in good condition, Windshield and Windows: In good condition, Freon Air Conditioning, Logs since: 1/1986, Operated and maintained under FAA FAR 91 with current Airworthiness Certificate, 5 Commuter Style Pax Seats, Last flown: 9/1997. (2) Gulfstream 690C, S/N 11697, Aircraft Total Time: 2496.1, Aircraft Total Landings: 1636, Manufactured: 1981, Left Engine: TPE-331-5-254K, Engine Total Time: 2496.1, Engine Total Cycles: 2347, Overhaul Due: 3000.0, Hr. Gearbox Inspection Due: 3600.0, Hr. Hot Section Inspection Due: 3600.0, Right Engine: TPE-331-5-254K, Engine Total Time: 2496.1, Engine Total Cycles: 2301.0, Overhaul Due: 3000.0, Hr. Gearbox Inspection Due: 3600.0, Hr. Hot section Inspection Due: 3600.0, #1 Prop due overhaul: 5-31-2001, #2 Prop due overhaul: 11-21-2004, 100 hr inspection due: 2488.0, Paint: In good condition (Top of fuselage: White, bottom: blue with 3 blue strips), Interior: In good condition, De-Ice Boots: In good condition, Windshield and Windows: In good condition, Freon Air-Conditioning, All logs since factory delivery, Operated and Maintained under FAA FAR 91 with current Airworthiness Certificate, No major damage history, No major special modifications, Last flown: 11-26-2000. (3) Fairchild, SA226-T (B), S/N: T-311, Aircraft Total Time: 4251.4, Aircraft Total Landings: 2500, Manufactured: 1979 Left Engine: TPE-331-10U-512G, Engine Total Time: 3038.1, Engine Total Cycles: 4647 Overhaul Due: 7000.0, Hr. Gearbox Inspection Due: 7000.0, Hr. Hot Section Inspection Due: 6449.1, Right Engine: TPE-331-10U-512G, Engine Total Time: 1991.1, Engine Total Cycles: 1226, Overhaul Due: 3000.0, Hr. Gearbox Inspection Due: 3595.0, Hr. Hot Section Inspection Due: 2095.1, Both Propellers Due Overhaul: 9-30-2001, Fairchild A, B, C, D Inspection; Last completed: 11-30-1998, Paint: In good condition, Repainted: 2-6-97 by Banyan Air Service, Ft. Lauderdale, FL (Base: Egg Shell White, Stripes: Red Metallic, Silver Metallic, Blue Metallic), Interior: In fair condition, De-Ice boots: In good condition, Windshield and Windows: In good condition, ACM Air-conditioning, All logs since factory delivery, Operated and maintained under FAA FAR 91 with current Airworthiness Certificate, No major damage history, No major special modifications, Last flown: 10-26-99. (4) Learjet 35A, S/N: 335A-306, Aircraft Total Time: 8969.8, Aircraft Total Landings: 5718, Manufactured: 1980, Left Engine: TFE-731-2-2B,=20 Engine Total Time: 8919.2, Engine Total Cycles: 5837, 1400 Hr. MPI Due: 9584.4, 4200 Hr. Compressor Core Insp. Due: 11,030.9, Right Engine: TFE-731-2-2B, Engine Total Time: 8919.2, Engine Total Cycles: 5838, 1400 Hr. MPI Due: 9584.4, 4200 Hr. Compressor Core Insp. Due: 11,030.9, Learjet 300 hr/12 mo. Insp. Last completed: 8927.1 hr./4-9-2001, Paint: In good condition (Base: White, Stripes: Red and Blue), Interior: In good condition, Executive configuration, Windshield and Windows: In good condition, Aeronca Thrust Reverses, All logs since factory delivery, Operated and maintained under FAA FAR 91 with current Airworthiness Certificate, No major damage history, No major special modifications, Last flown: 6-4-2001. (5) Learjet, 35A, S/N: 35A-277, Aircraft Total Time: 7185.5, Aircraft Total Landings: 5501, Manufactured: 1980, Left Engine: TFE-731-2-2B, Engine Total Time 7097.4, Engine Total Cycles: 5513, 1400 Hr. MPI Due: 8180.7, 4200 Hr. Compressor Core Insp. Due: 8247.4, Right Engine: TFE-731-2-2B, Engine Total Time: 7094.8, Engine Total Cycles: 6080, 1400 Hr. MPI Due: 8494.8, 4200 Hr. Compressor Insp. Due: 11,294.8, Learjet 300 hr/12 mo. Insp. Last completed: 7162.7 hr./5-29-2001, Paint: In good condition (Base: White, Stripes: Red and Blue), Interior: In good condition, Aeronca Thrust Reverses, All logs since factory delivery, Operated and maintained under FAA FAR 91 with current Airworthiness Certificate, No major damage history, No major special modifications, Last flown: 6-27-2001. Offerors must submit the following information to be considered: total price for the proposed replacement aircraft, trade-in value of each current DEA aircraft, net price for the replacement aircraft less trade-in, any proposed discount payment terms, and warranty terms.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOJ/DEA/OAM/02-SP0198/listing.html)
Record
Loren Data Corp. 20011205/15SOL003.HTM (D-337 SN5142H4)

15 - Aircraft and Airframe Structural Components Index  |  Issue Index |
Created on December 3, 2001 by Loren Data Corp. -- info@ld.com